View Job Vacancies
Terms of Reference
Assignment: Evaluation Consultant(s) or Evaluation Consulting Group
Location: Monrovia, Liberia (but with travel to the field)
Summary
The Carter Center is seeking experienced evaluation consultants in Liberia with expertise in behavioral health and program evaluation. The consultant(s) will be responsible for implementing an evaluation design that is currently being co-developed by key stakeholders and the Evaluation Core Team. Once selected, consultants will become part of this team, contributing to strategic oversight and coordination to ensure the evaluation aligns with organizational priorities and stakeholder needs.
Background and Context
The Global Behavioral Health Initiative in Liberia has been in place since 2009, implementing various interventions aimed at improving mental health outcomes. Given the program’s long history and evolving nature, a comprehensive evaluation is a committed deliverable. The evaluation will assess the impact of these interventions through a mixed-methods approach, combining qualitative and quantitative data collection and analysis.
However, to ensure that the evaluation is rigorous and meaningful, it is essential to first establish a complete historical record of the initiative. As a result, one of the preliminary priorities has been documenting the intervention model, capturing its evolution, strategies, and implementation over the years. This documentation process is nearing completion and is a foundational step in defining the evaluation scope and key questions.
Given this phased approach, the specific evaluation scope and questions are expected to be finalized by April 2025, aligning with the timeline outlined below. Internal evaluators will be in Liberia from April 11–16, 2025, and will conduct in-person meetings and interviews with interested evaluation consultants. These engagements will provide an opportunity to discuss evaluation methodologies, expectations, and contextual insights ahead of the finalization of the evaluation design
Scope of Work and Responsibilities
The evaluation consultant(s) will be responsible for:
- Reviewing and refining, if needed, the evaluation design,
- Producing an inception report of the evaluation,
- Conducting data collection in line with agreed methods and protocols,
- Conducting data analysis according to the pre-defined data analysis plan,
- Leading validation workshops or data parties with interest holders,
- Producing a draft evaluation report,
- Producing the final report in collaboration with the Evaluation Core Team
Deliverables
The independent consultant(s) or consulting group will produce the following deliverables:
# | Deliverables | Level of Effort |
1 | Producing an inception report of the evaluation | 1 week |
2 | Conducting data collection in line with agreed methods and protocols | 3 weeks |
3 | Conducting data analysis according to the pre-defined data analysis plan | 3 weeks |
4 | Leading validation workshops or data parties with interest holders | 2 days |
5 | Producing a draft evaluation report | 2 weeks |
6 | Producing the final report in collaboration with the Evaluation Core Team | 1 week |
Contract Duration
The contract for this consultancy will begin May 2025 and conclude on August 1, 2025.
Qualifications
- At least 5 years of experience conducting project impact evaluations for NGOs, international organizations, or other relevant institutions
- Extensive expertise, knowledge, and experience in the field of evaluation of health and social programs and intervention, with demonstrated experience in mixed-methods evaluations including surveys, focus group discussions (FGDs), key informant interviews (KII),
- Experience in Outcome Harvesting evaluation approach for impact evaluation and Cost-Effectiveness analysis for efficiency evaluation
- Demonstrated capacity to conduct data collection, analysis, and report writing
- Evidence of similar evaluation(s) conducted in the past
- Familiarity with Global Behavioral Health issues in Liberia
- Strong written and verbal communication skills
- Fluent in written and spoken English.
- Facilitation skills
The evaluation criteria will be based on the following:
Category | Maximum Score |
Qualification and Experience | 40 |
Proposed Technical Approach | 30 |
Interview (only for short-listed candidates) | 20 |
Financial proposal | 10 |
Total | 100 |
Submission of application
All applications must be submitted electronically by e-mail with the subject line Evaluation Consultant, Global Behavioural Health to [email protected] by Tuesday, April 1, 2025.
Submission of package. Please include the following application materials:
- A current CV or resume (no more than 4 pages)
- Letter of interest outlining your competitive advantage for this evaluation
- Technical and Financial Proposals (5 Pages Max)
- 3 References
Please note that Applications will be considered on a rolling basis.
Terms of Reference Assignment: Evaluation Consultant(s) or Evaluation Consulting GroupLocation: Monrovia, Liberia (but with travel to the field) Summary The Carter Center is seeking experienced evalua...
FOR THE FOLLOWING PROCUREMENT PACKAGES
IFB No.: LWSC/PSIP/NCB/ 2025
- The Liberia Water and Sewer Corporation with support of the Government of Liberia (GOL) has appropriated funds from its Internal Revenue and GOL subsidy towards the Procurement of the below contract Packages for the Fiscal Year 2025.
- The Liberia Water and Sewer Corporation now invites sealed bids from eligible registered bidders for the below Contract Packages, Public Sector Investment Project (PSIP) for the Fiscal Year 2025.
- Bidding will be conducted through the National Competitive Bidding (NCB), as specified in the Public Procurement & Concessions Commission Act (PPCA) of 2010.
- Contract Packages Table
NO. | Contract Package | IFB NO | Business Code | Bid Security US$ | Bid Invitation Release | Bid Submission & Opening after 30minutes |
1 | Rehabilitation of Zwedru Damaged Water Supply System | IFB No.: LWSC/PSIP/NCB/001/ 2025 | F4100 | $4,194.21 | March 14, 2025 | April 7, 2025 @1pm |
2 | Construction of Scalable Water System in Pleebo | IFB No.: LWSC/PSIP/NCB/002/2025 | F4100 | $7,194.21 | March 14, 2025 | April 8, 2025 @1pm |
3 | Construction of Scalable Water System in Greenville | IFB No.: LWSC/PSIP/NCB/003/2025 | F4100 | $7,194.21 | March 14, 2025 | April 9, 2025 @1pm |
- Qualifications and Requirements include:
- Notarized/Legal Article of Incorporation disclosing beneficiary owner(s) Business.
- Current Business Registration Certificate
- Current Tax Clearance
- Reference (s) listing of previous clients supplied over the past three (3) years. Please provide contact telephone numbers, e-mail addresses and any other details that will make due diligent easier.
- Company Profile/ Track Record.
- Qualified suppliers that have registered and updated for this particular line of business with codes: to PPCC official vendor listing respectively with the Contract Package above.
- Audited Financial Statement.
- Must submit technical specifications on memory stick.
- Must be able to meet delivery time /schedule
- Interested eligible bidders can obtain a copy of the bidding documents for the Contract Package(s) of Interest from the Procurement Unit of the Liberia Water and Sewer Corporation’s Head Office (Ground Floor), King Sao Boso/ Front Street beginning Monday, March 17, 2025 from 9:00 am - 4:30 pm daily from Monday through Friday. Bidding Documents are available to be purchased for a non-refundable fee of One Hundred United States Dollars (US$100.00) or its equivalent in Liberian Dollars.
- The deadline for submission of Rehabilitation of Zwedru damaged Water System is on Monday April 7, 2025 at 1pm; the deadline for Construction of Scalable Water System in Pleebo is April 8, 2025 at 1pm while the deadline for the Construction of Scalable Water System in Greeville is on April 9, 2025 at 1pm. Bids received after the deadline will be considered late and will be rejected and returned unopened. Electronic bids will not be accepted. Bids will be opened in the presence of Vendors or their representatives. All participants are required to be on time in the Conference Room of the Corporation.
- Bids submitted must be sealed and labeled: IFB No.: reference Above Bids of interest respectively.
- All Sealed Bids must be accompanied by Bid Security above per package with a Manager Check, Insurance Bond, and Bank Guarantee.
- Bids shall be valid for a period of 120 days after the deadline of bid submission.
Submissions must be delivered to the Address stated below.
Attention: The Procurement Department
Liberia Water and Sewer Corporation (LWSC)
Head Office (Ground Floor)
King Sao Boso Street
P.O. Box 1079
Monrovia, Liberia
Signed: ___________________________
Procurement Manager
Approved: _______________________
Deputy Managing Director/Administration
FOR THE FOLLOWING PROCUREMENT PACKAGES  ...
IDA 63600, PROJECT NO. 160945
REQUEST FOR EXPRESSION OF INTEREST
(CONSULTANT’S QUALIFICATIONS BASED SELECTION (CQS))
Assignment Title: Consultancy Service to develop training manuals and provide tailored-capacity Building Training for MOA Extension and Technical Staff
REOI Reference No.: LR-PMU-MOA-478547-CS-CQS
Date: March 10, 2025
Background
The STAR-P was approved by the World Bank Board of Directors on January 15, 2019. The Project Development Objective (PDO) is to increase agricultural productivity and commercialization of smallholder farmers for selected value chains in selected counties. The USD 25 million financing agreement was signed on February 15, 2019, and the project became effective on June 28, 2019. The project is co-financed on a pari-passu basis with IFAD. The USD 23 million co-financing was approved by the IFAD Board in September 2019 and the Financing Agreement was signed on 21 November 2019.
The Project Development Objective (PDO) is to increase agricultural productivity and commercialization of smallholder farmers for rice, oil palm, and horticulture value chains in selected counties of Liberia.
Objective of the Assignment
The objective of this assignment is centered on sub-component 1.1 of the STAR Project’s approved Annual Work Plan and Budget for 2025, Strengthening market-oriented smallholder farmer groups.The goal of the assignment is to facilitate enhanced agricultural operations by leveraging cutting-edge technologies and best practices to optimize agricultural operations, enhance productivity, and promote sustainability. This activity will be supported by extension workers in collaboration with the MoA and other relevant stakeholders.
This Assignment, to be carried out by a selected firm, is intended to promote the upscaling and adoption of good agriculture practices, climate-smart agriculture technologies and agribusiness best practices that will result in sustainable and increased production and commercialization of major crops.
It is expected that the selected firm will carry out the following activities:
- Develop user-friendly, practical, and context-specific training manuals for crop and livestock production.
- Provide tailored capacity-building training for MOA extension and technical staff to enhance their knowledge and skills in the production of the specified crops and livestock.
The detailed Terms of Reference (TOR) for the assignment can be found at the following website:
a. Ministry of Agriculture (www.moa.gov.lr) or directly requested via email from [email protected] / [email protected] / [email protected]
The Ministry of Agriculture now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.
The attention of interested individual Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” dated July 2016, revised November 2017, August 2018, January 2020 and September 2023 setting forth the World
Bank’s policy on conflict of interest. Please refer to paragraph 3.17 of the Procurement Regulations on conflict of interest related to this assignment which is available on the Bank’s website at http://projects-beta.worldbank.org/en/projects-operations/products-andservices/brief/procurement-new-framework .
The best qualified firm to carry out the services will be selected in accordance with the Consultant’s Qualifications Based Selection (CQS) method set out in the Regulations and based on the following criteria:
- Core Business of the firm and Number of Years in Business
- Technical and Managerial Organization of the Firm
- Demonstrative capabilities in providing technical capacity building training, especially relating to development and transfer of good agricultural practices and climate-smart agriculture technologies that support smallholder crop production systems and show detailed track record of implementing similar programs in sub-Saharan Africa, including case studies and outcomes of similar assignments implemented
- Demonstrative demonstrable experience in agriculture extension education and training manual development especially for technology transfer to smallholder farmers with little or no formal education, and the firm is to indicate similar assignments carried out with reference points – these can be three assignments carried out in the last 3-5 years.
- Availability of Appropriate Skills team of qualified experts in agronomy, livestock production, and training facilitation. Strong communication and report-writing skills. Legally Registered Firm in Home Country (Evidence of Business Registration)
Further information can be obtained at the address below during office hours from 0900 hours to 1600 hours or 9:00am to 4:00pm local time.
Expressions of interest must be delivered in a written form to the address below (in person, or via e-mail) by 24th March 2025 @ 5:00pm local time.
Galah Toto
National Program Coordinator
Project Implementation Unit (PIU), Ministry of Agriculture
Smallholder Agriculture Transformation & Agribusiness Revitalization Project (STAR-P)/ Rural
Economic Transformation Project (RETRAP)
1st Floor LIBSUCO Building, Japanese Freeway (Formerly Somalia Drive)
Gardnersville – Monrovia, Liberia
Tel +231-777576980
Email: [email protected] and cc: [email protected] , [email protected]
Signed by: Galah Toto
National Program Coordinator – STAR-P/RETRAP
IDA 63600, PROJECT NO. 160945 REQUEST FOR EXPRESSION OF INTEREST (CONSULTANT’S QUALIFICATIONS BASED SELECTION (CQS)) Assignment Title: Consultancy Service to develop training manuals and provide tai...
REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – INDIVIDUAL SELECTION)
Client: Ministry of Liberia Agriculture
Contract Title: Consultancy Service for the conduct of ESS Training for Project Beneficiaries Country: Liberia
Credit No.: IDA 63600
Project No.: P160945
Contract No: LR-PMU-MOA-478550-CS-INDV Date Issued: March 10, 2025
The Government of Liberia, through the Ministry of Agriculture, has received a support from the World Bank, for Smallholder Agriculture Transformation and Agribusiness Revitalization Project(STAR-P). The STAR-P seeks to increase agricultural productivity and commercialization of smallholder farmers for selected value chains in selected counties and intends to apply part of the proceeds for the recruitment of an individual consultant for the Conduct of ESS Training for Project Beneficiaries under the STAR-P.
Scope of Services
The STAR Project wants to hire an individual to undertake the proposed assignment. The Individual Consultant selected will be responsible for the following tasks, aligned with the audit recommendations. The scope of work to be performed by the individual include but is not limited to the following:
- Follow up on Implementation of the Environmental and Social Management Plans
(ESMPs) o Review existing ESMPs and identify gaps in implementation; Develop a detailed action plan for the full implementation of ESMP and Provide technical support to grantees in implementing ESMPs.
- Enhance Occupational Health and Safety (OHS) Practices o Conduct a risk assessment of OHS practices across project sites; Develop and implement OHS guidelines and procedures, and train project staff and grantees on OHS best practices.
- Implement Effective Waste Management o Assess current waste management practices and identify areas for improvement; develop a waste management plan, including waste reduction, recycling, and disposal strategies, and provide training on effective waste management practices.
- Strengthen Community Engagement o Develop a community engagement strategy to ensure meaningful participation of local communities; strengthen and operationalize grievance redress mechanisms
(GRMs), and conduct community awareness sessions on project activities and E&S safeguards.
- Capacity Building and Training o Develop and deliver onsite training programs for County Focal Person and grantees on E&S safeguards, including ESMP implementation, OHS, and waste management, and provide coaching and mentoring to the grantees.
- Regular Compliance Audits o Develop a schedule for regular E&S compliance audits, and conduct periodic audits and provide recommendations for corrective actions.
- Conduct Regular Inspections o Develop an inspection framework for monitoring E&S compliance at project sites, and conduct regular site inspections and provide reports with actionable recommendations.
- Promote Public Awareness o Develop and implement a public awareness campaign on E&S issues related to the project, and produce awareness materials (e.g., brochures, posters, videos) in local
The Ministry of Agriculture now invites eligible individual consultants to indicate their interest in performing the Services. Interested Individual Consultants should provide updated Curriculum Vitae (CV) and relevant documents indicating that they have the required qualifications and relevant experience to perform the Services.
The shortlisting criteria include but not limited to the following:
- The individual consultant must have an advance degree in Environmental Science, Social
Sciences, Development Studies, or a related field with a minimum of 8 years of experience;
- S/he should have at least ten (10) years of experience in designing and delivering training on Environmental and Social Safeguards and Strong knowledge of international ESS frameworks (e.g., World Bank Operational Safeguards Policies, IFC Performance
Standards, etc.);
- The Individual consultant with a proven experience working with community-based projects or development programs is desired;
- The independent consultant with demonstrated knowledge and experience in conducting training for diverse group of people.
The detailed Terms of Reference (TOR) for the assignment can be found at the following website:
- https://vacancies & Career Opportunities | Ministry of Agriculture (www.
moa.gov.lr)
- Request TOR directly via email from the email addresses below
The attention of interested individual Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” dated July 2016, revised November 2017, August 2018 and September 2023, setting forth the World Bank’s policy on conflict of interest. Please refer to paragraph 3.17 of the Procurement Regulations on conflict of interest related to this assignment which is available on the Bank’s website at http://projects-beta.worldbank.org/en/projects-operations/products-andservices/brief/procurement-new-framework
An Individual Consultant will be selected in accordance with the Individual Consultant Selection (ICS) method set out in the Procurement Regulations.
Expressions of interest must be submitted electronically in a format that cannot be altered (PDF format is preferred) to the email address below by e-mail by 24th March 2025 @ 5:00pm local time.
Note: All Expression of Interests MUST include at least three (3) references with their names, telephone numbers and email addresses; curriculum vitae (cv) with copy of educational credentials to be submitted to the below email address:
Galah Toto
National Program Coordinator)
Project Implementation Unit (PIU)
Ministry of Agriculture
SMALLHOLDER AGRICULTURE TRANSFORMATION AND AGRIBUSINESS
REVITALIZATION PROJECT (STAR-P)
Somalia Drive, Gardnersville, Monrovia, Liberia
Tel +231-777576980
Email: [email protected] with a copy to Email: [email protected] and [email protected]
REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – INDIVIDUAL SELECTION) Client: Ministry of Liberia Agriculture Contract Title: Consultancy Service for the conduct of ESS Training for Proje...
VACANT POSITION
Position | IT Assistant-LERN Data Clerk |
Duty Station | Monrovia, With need for extensive field travel |
Duration | 1 year (Subject to renewal based on satisfactory performance and available resources) |
Reporting Line | The Executive Director, Liberia Peacebuilding Office |
Advertisement Period | March 10, 2025 (l Day) |
Deadline for Application | March 1 8, 2025 |
DUTIES AND RESPONSIBILITIES:
- The IT Assistant-LERN Data Clerk shall be responsible to oversee and maintain all equipment in the secretariat (Computers, Printers, Scanners, Etc.) and to ensure the optimum working environment condition of said equipment.
- Coordinate all regional data and information on conflict early warning activities;
Coordinate with focal person on web-based LERN Platform and EWER Liaison to ensure quality data is delivered to Partners.
- Monitor the Early Warning Early Response online system making sure it is always functional;
- Undertake minor repair and maintenance of PBO computers, printers, scanners and ensure computer network is up and running.
Setup all PowerPoint at PBO and printers' functions
Report to the Executive Director.
- Create reporting credentials for early warning monitors.
- Develop monthly reporting and monthly severity ranking matrix and infographics;
- Maintain the secretariat and provide periodic maintenance to Working Group members;
- Offer training session to PBO staff and Working Group members which includes regular refresher training sessions to focal person's reporters and the Regional Hub administrators;
- Regular monitoring and evaluation of working Group's activities;
- Perform additional task as may be assigned by supervisor.
QUALIFICATIONS
Bachelor's degree in Administration, management, or the social sciences with at least four years of professional experience. Ability to work with a variety of actors including government representatives, donors and civil society. Applicant must have good standing in Word, Excel, PowerPoint, Access etc. Applicant must demonstrate his/her ability to learn quickly in a fastpaced environment and be able to manage tension and potential conflicts where he/she is directly or indirectly working with and answerable to multiple actors based upon the nature of the partnership. Critical thinking with experience working in a similar environment.
HOW TO APPLY
All interested candidates should submit a one-page cover letter and CV to: / ckfayiaQðyahoo.com with the Subject: Application for IT AssistantLERN-Data Clerk_Qualified female applicants are encouraged to apply. Only shortlisted candidates will be contacted. Deadline for application is March 18, 2025 at 5:00 P.M. absolutely, no application beyond this deadline will be accepted.
VACANT POSITION Position IT Assistant-LERN Data Clerk Duty Station Monrovia, With need for extensive field travel Duration 1 year (Subject to renewal based on satisfactory performance and available re...
SOPHIE COMMUNITY, CONGO TOWN
MONROVIA, LIBERIA
[email protected]
Date: 19TH FEBRUARY 2025
ADB/RFP/COLR/2025/001 – PROCUREMENT OF CONTRACTOR FOR PRIVATE SECURITY GUARD SERVICES
The African Development Bank (hereafter designated as “the Bank”) is desirous to secure the services as per above listed tender for its Country Office based in Monrovia, Liberia. Only legally registered companies that have competency, capacity and skills to carry out these activities are invited to bid.
- The bid documents can be obtained on the Bank’s website, http://www.afdb.org/en/about-us/corporate-procurement/procurement-notices/current-solicitations/ .Bidders may also make enquiries from [email protected] should they encounter some problems with downloading or printing of the same bid documents. On all communications Bidders should state the bid number and its nomenclature.
- The pre-bid meeting and site visit shall be on 28th February 2025 at 10:00 AM in COLR compound located in Sophie Community, Congo Town, Monrovia.
- Interested bidder should send email to [email protected] to request for the connection link before that date
- The Closing date for these bids is 14th March 2025 at 5:00 PM local time in Liberia. It is the responsibility of the Bidders to ensure that the bids reach and arrive at the Bank’s offices on time, and any late bids will not be considered by the Bank.
- The sealed bids should be deposited in the tender box installed in the Security booth and should be registered by the Security Personnel of the Bank.
- Bidders must originate from the Bank’s member countries, a list of which is provided at http://www.afdb.org/en/about-us/members/ and the list is also on the bid document.
- Submission may be made by hand or by registered mail or courier or through email and late bids shall be rejected.
SOPHIE COMMUNITY, CONGO TOWNMONROVIA, [email protected] Date: 19TH FEBRUARY 2025 ADB/RFP/COLR/2025/001 – PROCUREMENT OF CONTRACTOR FOR PRIVATE SECURITY GUARD SERVICES The African Developme...
Design and Configuration of the Mano River Union Road Development & Transport Facilitation Programme (MRU 2 & 3) Projects funded by the African Development Bank in the Sun Accounting System under the Mano River Union Road Development & Transport Facilitation Programme (MRU/RDTFP) Phase III: Paving of Kelipo to Putuken (11.5km) & Putuken to John Davis Town (50km) Consultancy Services
Sector: Transport
Financing Agreement Reference: ADF Loan No:2100150042947
ADF Grant No:2100155041470
ADF Loan No:5900150003351
Programme ID: P-Z1-DB0-209
February 27, 2025
The Government of the Republic of Liberia has received funds from the African Development Bank (AfDB) Group towards the cost of the Upgrading of the Mano River Union Road Development & Transport Facilitation Programme (MRU/RDTFP) Phase III: Paving of Kelipo to Putuken (11.5km) & Putuken to John Davis Town (50km) and intends to apply part of the proceeds for payments under the contract for the designing of MRU 2&3 projects into SunSystems Accounting Software for Reporting Purposes Consultancy Services.
The Consultant is expected toensure the professional Design and Configuration of the Mano River Union Road Development & Transport Facilitation Programme (MRU 2 & 3) Projects funded by the African Development Bank in the Sun Accounting System with their respective reference data information to enable data capture and generate financial reports. Key activities to be carried out under the assignment includes: Designing the projects into the Subsystems accounting database to enable the generation of project’s financial statements, Running the SunSystems database utilities and choose the option to re-link the SunSystems data database and domain database, Loading available project life budget and annual budget for each funding source of each of the project stated above, train staff of PFMU in capturing data in Sun6 and generate the designed reports in vision, etc.
The Ministry of Public Works now invites eligible consultants (firms) to indicate their interest in providing these services. Interested consultants must provide information indicating that they are qualified to perform the services (i) information detailing the company’s existence and areas of expertise (ii) list of similar assignments and experience in similar conditions, (iii) list of overall permanent and temporary staff in fields related to the assignment (iv) evidence of past performance (v) any other relevant information. Consultants may constitute joint-ventures to enhance their chances of qualification.
Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with the African Development Bank’s “Procurement Policy and Methodology for Bank Group Funded Operations” (BPM), dated October 2015”, using the Least Cost Selection (LCS) method which is available on the Bank’s website at http://www.afdb.org. The MPW is under no obligation to shortlist any consultant who expresses interest. The assignment is expected to be carried out for a period of nineteen (19) weeks.
Interested consultants may obtain further information at the address below during office hours 8:00 AM – 4:00 PM Monrovia Time. Detail information can be obtained from the Terms of Reference by clicking on this link below: https://docs.google.com/document/d/1HA8vGOtD08w0t00yo308nmBnCd8_xbnX/edit?usp=drive_link&ouid=106088255555837609669&rtpof=true&sd=true
Expressions of interest must be delivered to the address below by March14, 2025 at 3:00 PM Monrovia Time and mention “Expression of Interest for Design and Configuration of the Mano River Union Road Development & Transport Facilitation Programme (MRU 2 & 3) Projects funded by the African Development Bank in the Sun Accounting System under the Mano River Union Road Development & Transport Facilitation Programme (MRU/RDTFP) Phase III: Paving of Kelipo to Putuken (11.5km) & Putuken to John Davis Town (50km) Consultancy Services”. Interested consultants have the option to submit their EOIs in PDF format by email.
Mano River Union Road Development & Transport Facilitation Programme
Attn: Mr. Rawlings Baco Kesselly - Programme Coordinator
Ministry of Public Works, Lynch Street South, Monrovia, Liberia
Telephone: +231-886-844/839 / +231-776-844-839
Emails: [email protected]/[email protected]
and [email protected]/[email protected]
Design and Configuration of the Mano River Union Road Development & Transport Facilitation Programme (MRU 2 & 3) Projects funded by the African Development Bank in the Sun Accounting System un...
Reference No: RREA/LIRENAP/O&M-01
Issue Date: February 19, 2025
Closing Date: March 10, 2025
Background
The Government of Liberia has received financing from the World Bank toward the cost of the Liberia Renewable Energy Access Project (LIRENAP). The project is being implemented by the Rural and Renewable Energy Agency of Liberia (RREA), an autonomous agency of the Government of Liberia with mandate to secure modern energy access for all in Liberia. For details on the RREA, please check https://rrealiberia.org/new/.
A component of LIRENAP appertains to decentralized electrification in Lofa County, Liberia, which mainly involves the construction of the Solar Power Plant mini-grid with the following characteristics: (i) 5.0 MW solar PV plant with a 7.0 MWh lithium-ion battery energy storage system (BESS), (ii) a 1.8 MW back-up diesel power plant; (iii) 135 km of 33 kV distribution lines; (iv) 235 km of low voltage distribution lines; (v) at least 10,317 service connections to provide access to electricity for about 50,000 people, including small businesses, associations, and public institutions in Lofa County, Republic of Liberia.
Objective(s) of the Assignment
The overall objective of this assignment is to operate and maintain the Lofa County hybrid mini-grid and its infrastructure for a period of 10 years with possible extension of up to 20 years, ensuring high-quality service with a minimum of 16 hours/day of operation for the first 18 months and 24 hours/day thereafter, maintaining an average service availability index (ASAI) of over 95%. At the end of the contract, the firm will transfer assets back to RREA. Additional duties include paying government fees through an affermarge arrangement, managing repairs and replacements, and fulfilling obligations outlined in Liberia's utility regulations and mini-grid codes.
Description of General Requirements
The private firm’s responsibilities will include but not be limited to the following:
Obtain required operation licenses from Liberia Electricity Regulatory Commission pursuant to the Electricity Mini-grid Code of Liberia (access here: Liberia Electricity Regulatory Commission | LERC)
Safeguard the T&D network and diesel power plant until commissioning of the Solar PV +BESS after which commercial operation starts
Operate and maintain the mini-grid and its associated infrastructure
Carry out repairs, major rehabilitations, replacement of parts for all assets in line with an approved business plan
Carry out studies to justify the necessity of expansion, renewal and extension of generation and distribution assets,
Commercially operate the mini-grid including the exclusive right to charge, collect revenues from customers and cover the cost for major rehabilitations and replacement of assets in line with an approved business plan,
Develop and implement an Operational Environmental and Social Management Plan (O-ESMP) to ensure compliance with environmental, health, safety, and social safeguard measures throughout the operation and maintenance of the mini-grid as the World Bank Standard.
Pay to relevant government institutions required fees, levies, and taxes as per law,
Mobilize financing (equity or debts) for working capital,
Transfer all mini grid assets back to RREA at the end of the O&M period.
Submission of Expressions of Interest
The RREA now invites qualified firms (“Operator”) to indicate their interest in providing the Services. Interested Firms should provide information and documentary evidence to demonstrate that they have the required qualifications and relevant experience to perform the Services. The shortlisting requirements are:
Core line of business and years in business:
The firm shall be registered/ incorporated as a firm with core business in the field of the assignment.
Qualification and Experience of the Firm:
Firm shall have a minimum of 10 years of operational and maintenance experience as either the sole operator or a primary consortium partner for at least three hybrid mini-grids. These mini-grids should include solar systems, with a total capacity of at least 2.0 MW, and/or serving a minimum of 6,000 active clients.
Proven ability to operate and maintain hybrid systems that combine solar, battery, and diesel technologies. The firm should demonstrate experience of working within Sub-Saharan Africa, in particular in rural areas, A demonstration of the successful completion of at least two similar assignments in the region will be an added advantage
Technical and managerial capability of the firm:
Operational and Technical Proficiency:
Extensive experience in Power Quality and Load Management for mini-grids.
Demonstrate proficiency in providing O&M services, including predictive maintenance, customer service, and connection expansion for mini-grid systems, ensuring client satisfaction and efficient system utilization
Demonstrate ability to address and manage power theft and commercial losses effectively, minimizing losses and ensuring sustainability
Demonstrate ability to expand household connections through innovative approaches
Demonstrate experience in leveraging finance for replication or expansion of the renewable energy mini grids
Institutional and Managerial Strength:
The firm should demonstrate that they have a reputation for excellence, supported by a strong institutional capacity, technical expertise, and a robust managerial framework.
Evidence of a high-quality management system, supported by a team of competent technical staff.
Financial Capability:
Demonstrate financial capacity to manage the projected expenditures prior to collection of adequate revenues (estimated to be at least US$ 1 million).
Experience in investing in mini grids in developing countries, particularly in contexts where financial and technical challenges are prevalent.
Environmental and Social Requirements:
Interested firms must demonstrate their experience in integrating environmental and social sustainability into mini-grid operations by providing for each of their reference projects information on:
Compliance with environmental, social and safety regulations;
Engagement with stakeholders, mitigation of social impact, design and implementation of community benefit programs and handling of complaints;
Organization of waste management, in particular of lithium-ion and diesel residues
Management of occupational health and safety;
Gender and social inclusion; and
Integration of climate resilient measures in mini grid operation.
To demonstrate their qualifications and experience in meeting the above shortlisting/selection criteria, Consultants are requested to submit, as a minimum, the supporting documentation and meet requirements listed below.
A company profile (or link to website), including core areas of business.
Company information: name, status, address, telephone number, facsimile number, year of establishment, contact person for the Project) number of permanent staff and partners, fields of expertise.
Evidence of how the applicant meets the criteria in section C above including provision of details of most relevant projects undertaken for the specified years, including value of previous services, location, number of staff involved in the contract, name of the Client, name of partners for contract execution and share of services, contract commencement and completion dates, a brief description of the contract.
Audited financial statements for the past 3 years.
A firm can only use its own qualifications and experience and not of its parent, sister, or subsidiary companies or its employees. The firm's incorporation/trade/registration documents are issued by the concerned government authority of the country of the firm.
The firm must not exceed 7 MB in submitting to expression of interests
RREA reserves the right to request the firm for verification of any submitted document/information.
Key Experts will not be evaluated at the shortlisting stage.
Invitation
The RREA now invites eligible Firms with required technical and financial capacities to indicate their interest in providing the Services. Interested Firms must provide information indicating that
An Operator will be selected using the Quality and Cost-Based Selection (QCBS) method based on the World Bank’ Procurement Regulations, September 2023.
Further information and the detailed Terms of Reference (TOR) for the assignment can be obtained electronically at the following email addresses and Website, from Mondays to Fridays, from 0900 to 1600 hours GMT:
Email: [email protected],[email protected],[email protected],[email protected],[email protected] Website: www.rrealiberia.org
Expression of Interest clearly marked Services for the Operation, Maintenance and Customer Management of Lofa County Hybrid Mini Grid, must be delivered in a written form (in electronic/mail copy) to the address below, on or before 4:00 p.m. Local Time, on March 10, 2025.
Attn: Samuel Bocay Nagbe Jr.
Executive Director
Rural and Renewable Energy Agency
LEC Sub-station, Newport Street
1000 Monrovia 10, Liberia
Email: samuelnrrealiberia.org
Electronic submission should also be copied to the following addresses:
[email protected]; [email protected]; [email protected],[email protected],[email protected]
Only shortlisted firm will be issued the Request for Proposals.
Reference No: RREA/LIRENAP/O&M-01Issue Date: February 19, 2025Closing Date: March 10, 2025 BackgroundThe Government of Liberia has received financing from the World Bank toward the cost of the Li...
Specific Procurement Notice
Invitation for Bids
Procurement of Works (For Non-Construction Firm)
Country: Liberia
Name of Project: Rural Economic Transformation Project (RETRAP) – Additional Financing Contract Title: As Per the Contract Packages below:
Loan No./Credit No./ Grant No.: IDA 72670
Project No.: P175263
RFB Reference No.: As per the Contract Packages below
- The Government of Liberia through the Ministry of Agriculture has received additional credits in the amount of 30 million from the IDA Crisis Response Window – Early Response Financing CRW-ERF as additional financing (AF) to the Republic of Liberia for the Rural Economic Transformation Project (RETRAP) and intends to apply part of the proceeds toward payments under the contract for the Procurement of Works for Non-construction Firm: The Rehabilitation of Existing lowland for Rice Production (clearing, ploughing and harrowing with the packages below:
2 The Ministry of Agriculture through the Project Implementation Unit now invites sealed Bids from eligible Bidders for the below Procurement Contract Packages below:
Lot# | Location | Contract Packages | Bid Ref | Qty. | Bid Security Amount (USD) | Delivery Period |
NIMBA COUNTY | ||||||
Lot-1 | Nimba, Sahnpa | Rehabilitation of 200 hectares of Existing lowland for Rice Production (clearing, plough, harrowing) | LR-PMU-MOA- 478787-CW-RFB (Lot 1) | 200 hectares | Notarized Bid securing Declaration | 90-100 days |
Lot-2 | Nimba, Camp 1 and Gbehley-Geh | Rehabilitation of 150 hectares of Existing lowland for Rice Production (clearing, plough, harrowing) | LR-PMU-MOA- 478787-CW-RFB (Lot 2) | 150 hectares | Notarized Bid securing Declaration | 90-100 days |
Lot-3 | Nimba, Gbedin | Rehabilitation of 100 hectares of Existing lowland for Rice Production (clearing, plough, harrowing) | LR-PMU-MOA- 478787-CW-RFB (Lot 3) | 100 hectares | Notarized Bid securing Declaration | 90-100 days |
Lot# | Location | Contract Packages | Bid Ref | Qty. | Bid Security Amount (USD) | Delivery Period |
Lot-4 | Nimba,Yarwin mesonnah and Kpatuo | Rehabilitation of 190 hectares of Existing lowland for Rice Production (clearing, plough, harrowing) | LR-PMU-MOA- 478787-CW-RFB (Lot 4) | 190 hectares | Notarized Bid securing Declaration | 90-100 days |
BONG COUNTY | ||||||
Lot-1 | Bong: Garmue, Miller Town, Fetuah | Rehabilitation of 95 hectares of Existing lowland for Rice Production (clearing, plough, harrowing) | LR-PMU-MOA478792-CW- RFB(Lot 1) | 95 hectares | Notarized Bid securing Declaration | 90-100 days |
Lot-2 | Bong:Salala, Suakoko | Rehabilitation of 128 hectares of Existing lowland for Rice Production (clearing, plough, harrowing) | LR-PMU-MOA478792-CW- RFB(Lot 2) | 128 hectares | Notarized Bid securing Declaration | 90-100 days |
Lot-3 | Bong: Sarwolor, Sannoyea, Jorquelleh, Fuamah | Rehabilitation of 102 hectares of Existing lowland for Rice Production (clearing, plough, harrowing | LR-PMU-MOA478792-CWRFB(Lot 3) | 102 hectares | Notarized Bid securing Declaration | 90-100 days |
N/A | Bong: Fuamah | Rehabilitation of 200 hectares of Existing upland for Maize Production (clearing, plough & harrowing) | LR-PMU-MOA- 478825-CW-RFB | 200 hectares | Notarized Bid securing Declaration | 90-100 days |
LOFA COUNTY | ||||||
Lot-1 | Lofa: Foya District | Rehabilitation of 200 hectares of Existing lowland for Rice Production (clearing, plough, harrowing) | LR-PMU-MOA- 478795-CW-RFB (Lot 1) | 200 hectares | Notarized Bid securing Declaration | 90-100 days |
Lot-2 | Lofa: Vahun District | Rehabilitation of 100 hectares of Existing lowland for Rice Production (clearing, plough, harrowing) | LR-PMU-MOA478795-CW- RFB(Lot 2) | 100 hectares | Notarized Bid securing Declaration | 90-100 days |
MONTSERRADO, GRAND CAPEMOUNT AND BOMI COUNTIES | ||||||
Lot-1 | Montserrado, Grand Capemount | Rehabilitation of 75 hectares of Existing lowland for Rice Production (clearing, plough, harrowing) | LR-PMU-MOA478796-CWRFB( Lot 1) | 75 hectares | Notarized Bid securing Declaration | 90-100 days |
Lot-2 | Bomi | Rehabilitation of 150 hectares of Existing lowland for Rice Production (clearing, plough, harrowing) | LR-PMU-MOA478796-CWRFB( Lot 2) | 150 hectares | Notarized Bid securing Declaration | 90-100 days |
GRAND BASSA AND MARGIBI COUNTIES | ||||||
Lot-1 | Grand Bassa | Rehabilitation of 194 hectares of Existing lowland for Rice Production (clearing, plough, harrowing) | LR-PMU-MOA- 478805-CW-RFB (Lot 1) | 194 hectares | Notarized Bid securing Declaration | 90-100 days |
Lot-2 | Margibi | Rehabilitation of 200 hectares of Existing lowland for Rice Production (clearing, plough, harrowing) | LR-PMU-MOA478805-CW- RFB(Lot 2) | 200 hectares | Notarized Bid securing Declaration | 90-100 days |
Lot# | Location | Contract Packages | Bid Ref | Qty. | Bid Security Amount (USD) | Delivery Period |
RIVERCESS, MARYLAND, SINOE AND GRAND KRU COUNTIES | ||||||
N/A | Maryland, Rivercess, Sinoe, G Kru ) | Rehabilitation of 116 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)- | LR-PMU-MOA- 478809-CW-RFB | 116 hectares | Notarized Bid securing Declaration | 90-100 days |
3. Bidding will be conducted through national competitive procurement as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” Procurement Regulations for IPF Borrowers (Procurement in Investment Project Financing – Goods, Works, Non-Consulting and Consulting Services; July 2016) and revised November 2017, July 2018, November 2020 and September 2023 is open to all eligible Bidders as defined in the Procurement Regulations (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations and is open to all eligible Bidders as defined in the Procurement Regulations.
4. Interested eligible Bidders may obtain further information from STAR-P and RETRAP Office World Bank /IFAD Project Implementation Unit (PIU), Ministry of Agriculture, 1st Floor
LIBSUCO Building, Japan Freeway (Formerly Somalia Drive), Gardnerville – Monrovia, Liberia and inspect the bidding documents for each contract package during office hours 0900 to 1600 hours at the address or email addresses given below.
5. The bidding document in English may be obtained by interested Bidders (Agriculture firm/Aggregator) Not for Construction Firm upon the submission of a written application to the address below. The document will be sent by email in PDF.
6. Bids must be delivered to the address below on or before 24th March 2025 at 1400hrs or 2:00pm Monrovia time clearly marked with the contract package and reference number. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on 24th March 2025 at 14:05hrs or 2:05pm Monrovia time.
7. All Bids must be accompanied by a Notarized Bid Securing Declaration on your firm’s letterhead in the format and sample in the bidding.
8. The address referred to above is
Galah Toto
National Program Coordinator
Project Implementation Unit (PIU), Ministry of Agriculture
Smallholder Agriculture Transformation & Agribusiness Revitalization Project (STAR-P)/ Rural
Economic Transformation Project (RETRAP)
1st Floor LIBSUCO Building, Japanese Freeway (Formerly Somalia Drive)
Gardnersville – Monrovia, Liberia
Tel +231-777576980
Email: [email protected] and cc: [email protected]
Signed by: Galah Toto
National Program Coordinator – STAR-P/RETRAP
Specific Procurement Notice Invitation for Bids Procurement of Works (For Non-Construction Firm) Country: Liberia Name of Project: Rural Economic Transformation Project (RETRAP) – Additional Financi...
SPECIFIC PROCUREMENT NOTICE
RFB No: LR-MPW-474310-GO-RFB
PROJECT ID No.: P169718
CREDIT No.: IDA-D7122-LR
Date of Issue: February 20, 2025
1. The Government of Liberia has received financing from the World Bank toward the cost of the Liberia Urban Resilience Project (LURPP), and intends to apply part of the proceeds toward payments under the contract for Design, Supply, Installation of Integrated Solar PV Streetlight System in Selected Communities in Paynesville (Lot I) and Bushrod Island (Lot II): “For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing, except for those payments, which the contract provides to be made through letter of credit.
2. The Liberia Urban Resilience Project (LURP) now invites sealed Bids from eligible Bidders for Design, Supply, Installation of Integrated Solar PV Streetlight Systems in Selected Communities in Paynesville (Lot) , and Bushrod Island (Lot II) as shown below:
LOT | ITEM DESCRIPTION | QUANTITY | BID SECURITY AMOUNT (US$) | DELIVERY PERIOD |
I | Paynesville Community | 9.9 Km | 15,000.00 | Within 6 weeks after contract signature |
II | Bushrod Island | 13.59 Km | 20,000.00 |
NB: More details on the required specifications are contained in the bidding documents. A margin of preference shall NOT apply. Bidders may quote for either one lot or all the lots. Each lot as defined in the ITB 19.1 will be evaluated and awarded separately.
3. Bidding will be conducted through the national competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” Fifth Edition of September 2023 (“Procurement Regulations”) and is open to all eligible Bidders as defined in the Procurement Regulations.
4. Interested eligible Bidders may obtain further information from Liberia Urban Resilience Project Office on the Compounds of the Ministry of Public Work, Lynch Street, Monrovia (Please state the name of the procurement officer and email) and inspect the bidding document during office hours Monday to Friday 9am-5pm GMT at the address given below.
5. The bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of US$100.00. The method of payment will be a direct payment into Rural Energy Fund Account No: Swift Code No. held with or at the Finance Department of LURP and submitting the payment advice as evidence to collect the Bidding Documents. An additional amount will be charged for deliveries by courier.
6. Bids must be delivered to the address below on or before 3:00 pm GMT on March 19, 2025. Electronic bidding will notbe permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on March 19, 2025 at 3:00 pm GMT.
7. All Bids must be accompanied by a Bid Security in the amounts indicated in the table above for each lot, in the form of a bank guarantee.
Note: Bid Security is required for each lot as per the percentages indicated against each lot. Bidders have the option of submitting one Bid Security for all lots (for the combined total amount of all lots) for which Bids have been submitted. However, if the amount of Bid Security is less than the total required amount, the Purchaser will determine for which lot or lots the Bid Security amount shall be applied.
8. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
9. For bidders’ eligibility, bids must be submitted together with the following: -
- Letter of Bid in the prescribed format
- Bid Security
- Valid Business Registration Certificate
- Articles of Incorporation
- Valid LRA Tax Clearance Certificate
- Manufacturer’s Authorization Letter
- Renewable Energy and Rural Electrification Authority (REREA) License
- Most recent three (3) Year Audited Financial Statement (2023, 2022 and 2021)
10. The addresses referred to above are:
For bid clarification purposes: The purchaser’s address is Gabriel S. Flaboe Sr. Project Coordinator LURP Office, Ministry of Public Works, Lynch Street Monrovia, Liberia Email address: [email protected] cc: [email protected] | For Bid submission purposes only, The Purchaser’s address is: Gabriel S. Flaboe, Sr. Project Coordinator LURP Office Ministry of Public Works South Lynch Street Monrovia Liberia |
SPECIFIC PROCUREMENT NOTICE RFB No: LR-MPW-474310-GO-RFB PROJECT ID No.: P169718 CREDIT No.: IDA-D7122-LR Date of Issue: February 20,...
REQUEST FOR EXPRESSION INTEREST (INDIVIDUAL CONSULTANCY)
PROJECT ID: P172012
Subject: Request for Expression of Interest (REOI) for provision of Consultancy Services as an Environmental Specialist for LSMFP Project
Reference No: LR-NAFAA-470424-CS-INDV
Assignment Title: Environmental Specialist
The Government of Liberia through the National Fisheries & Aquaculture Authority has received financial support from the World Bank Group in support of the Liberia Sustainable Management of Fisheries Project (LSMFP) in Liberia and intends to apply part of the proceeds towards the recruitment of an Environmental Specialist.
The National Fisheries & Aquaculture Authority (NaFAA) through the Liberia Sustainable Management of Fisheries Project (LSMFP) seeks to recruit an Environmental Specialist who will be responsible for environmental management oversight of the project and support and advise the NaFAA on environmental requirements, compliance and capacity building. It should be noted that the Environmental Specialist will implement the assignment in close collaboration with the Social Specialist in the PIU.
The National Fisheries and Aquaculture Authority (NaFAA) now invites eligible individual consultants to indicate their interest in performing the Services. Interested Individual Consultants should provide updated Curriculum Vitae (CV) and relevant documents indicating that they have the required qualifications and relevant experience to perform the Services.
The shortlisting criteria includes the following qualifications:
- Master's degree in Environmental Science/Environmental Engineering/ Environmental Management/Environmental Impact assessments, or related fields of study (a combination in environmental science and engineering would be an added advantage);
- Minimum of 7 years of professional experience in similar role on World Bank-funded or other donor-financed projects;
- Good oral and written communication skills and fluent in English;
- Strong interpersonal relations and ability to work in multidisciplinary teams;
- A drive for results while working with limited supervision and under tight timelines;
- Willingness to conduct field travels;
- Ability to work effectively and independently with limited supervision; and
- Ability to compile reports quickly within deadlines.
- Proficient communication skills in English, both written and oral;
The detailed Terms of Reference (TOR) for the assignment can be found at the following websites and PIU office:
The attention of interested individual Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” dated July 2016, revised November 2017, August 2018, and November 2020 setting forth the World Bank’s policy on conflict of interest. Please refer to paragraph 3.17 of the Procurement Regulations on conflict of interest related to this assignment which is available on the Bank’s website at http://projectsbeta.worldbank.org/en/projects-operations/products-and- services/brief/procurement-new framework.
An Individual Consultant will be selected in accordance with the Individual Consultant Selection (ICS) method set out in the Procurement Regulations.
Further information can be obtained at the address below during office hours, i.e., 0900 to 1600 hours GMT.
Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by Thursday March 6, 2025 @ 4:00PM GMT
Liberia Sustainable Management of Fisheries Project (LSMFP) Attn: The Project Coordinator
Mesurado Pier, Freeport of Monrovia Tel: +231770532901/ +231770538462
E-mail: [email protected] [email protected] ,
Cc: [email protected], [email protected]
REQUEST FOR EXPRESSION INTEREST (INDIVIDUAL CONSULTANCY) PROJECT ID: P172012 Subject: Request for Expression of Interest (REOI) for provision of Consultancy Services as an Environmental Specialist for...
REQUEST FOR EXPRESSIONS OF INTEREST
Operation, Maintenance and Customer Management of Lofa County Hybrid Mini Grid
Reference No: RREA/LIRENAP/O&M-01
Issue Date: February 20, 2025
Closing Date: March 6, 2025
- Background
The Government of Liberia has received financing from the World Bank toward the cost of the Liberia Renewable Energy Access Project (LIRENAP). The project is being implemented by the Rural and Renewable Energy Agency of Liberia (RREA), an autonomous agency of the Government of Liberia with mandate to secure modern energy access for all in Liberia. For details on the RREA, please check https://rrealiberia.org/new/.
A component of LIRENAP appertains to decentralized electrification in Lofa County, Liberia, which mainly involves the construction of the Solar Power Plant mini-grid with the following characteristics: (i) 5.0 MW solar plant with a 7.0 MWh lithium-ion battery energy storage system, (ii) a 1.8 MW back-up diesel power plant; (iii) 135 km of 33 kV distribution lines; (iv) 235 km of low voltage distribution lines; (v) at least 10,317 service connections to provide access to electricity for about 50,000 people, including small businesses, associations, and public institutions in Lofa County, Republic of Liberia.
Objective(s) of the Assignment
The overall objective of this assignment is to operate and maintain the Lofa County hybrid mini-grid and its infrastructure for a period of 10 years with possible extension of up to 20 years, ensuring high-quality service with a minimum of 16 hours/day of operation for the first 18 months and 24 hours/day thereafter, maintaining an average service availability index (ASAI) of over 95. At the end of the contract, the firm will transfer assets back to RREA. Additional duties include paying government fees through an affermarge arrangement, managing repairs and replacements, and fulfilling obligations outlined in Liberia's utility regulations and mini-grid codes.
- Description of General Requirements
The private firm’s responsibilities will include but not be limited to the following:
- Obtain required operation licenses from Liberia Electricity Regulatory Commission pursuant to the Electricity Mini-grid Code of Liberia (access here: Liberia Electricity Regulatory Commission | LERC)
- Operate and maintain the mini-grid and its associated infrastructure
- Carry out repairs, major rehabilitations, replacement of parts for all assets in line with an approved business plan
- Carry out studies to justify the necessity of expansion, renewal and extension of generation and distribution assets,
- Commercially operate the mini-grid including the exclusive right to charge, collect revenues from customers and cover the cost for major rehabilitations and replacement of assets in line with an approved business plan,
- Develop and implement an Operational Environmental and Social Management Plan (O-ESMP) to ensure compliance with environmental, health, safety, and social safeguard measures throughout the operation and maintenance of the mini-grid as the World Bank Standard.
- Pay to relevant government institutions required fees, levies, and taxes as per law,
- Mobilize financing (equity or debts) for working capital,
- Transfer all mini grid assets back to RREA at the end of the O&M period.
- Submission of Expressions of Interest
The RREA now invites qualified firms (“Operator”) to indicate their interest in providing the Services. Interested Firms should provide information and documentary evidence to demonstrate that they have the required qualifications and relevant experience to perform the Services. The shortlisting requirements are:
- Core line of business and years in business:
- The firm shall be registered/ incorporated as a firm with core business in the field of the assignment.
- Qualification and Experience of the Firm:
- Firm shall be well versed with a minimum of 10 years of operational and maintenance experience as either the sole operator or a primary consortium partner for at least three hybrid mini-grids. These mini-grids should include solar systems, with a total capacity of at least 2.0 MW, and/or serving a minimum of 6,000 clients.
- Proven ability to operate and maintain hybrid systems that combine solar, battery, and diesel technologies. The firm should have solid experience working within Sub-Saharan Africa, A demonstration of the successful completion of at least two similar assignments in the region will be an added advantage
- Technical and managerial capability of the firm:
- Operational and Technical Proficiency:
Extensive experience in Power Quality and Load Management for mini-grids.
Expertise in managing Customer Care and Marketing for mini-grid systems, ensuring client satisfaction and efficient system utilization.
- Demonstrate ability to address and manage Power Theft and Commercial Losses effectively, minimizing losses and ensuring sustainability, experience in Investing in Mini Grids in developing countries, particularly in contexts where financial and technical challenges are prevalent.
- Institutional and Managerial Strength:
- The firm should demonstrate that they have a reputation for excellence, supported by a strong institutional capacity, technical expertise, and a robust managerial framework.
- Evidence of a high-quality management system, supported by a team of competent technical staff and the financial soundness necessary to support large-scale operations.
- Financial Capability:
- Demonstrated capacity to secure working capital, with at least US$ 1 million available for project initiation and operation.
- Environmental and Social Requirements:
Interested firms must demonstrate experience in integrating environmental and social sustainability into mini-grid operations, including compliance with regulations, stakeholder engagement, waste management (particularly for lithium-ion and diesel residues), Occupational Health and Safety, gender and social inclusion, and the integration of climate-resilient measures.
To demonstrate their qualifications and experience in meeting the above shortlisting/selection criteria, Consultants are requested to submit, as a minimum, the supporting documentation listed below.
- The firm's company brochures (or link to website) and including the core areas of business.
- Company information: name, status, address, telephone number, facsimile number, year of establishment, contact person for the Project) number of permanent staff and partners, fields of expertise.
- Details of most relevant projects undertaken for the specified years above, including value of previous services and value, closed area, location, number of staff involved in the contract, name of the Client, name of partners for contract execution and share of services, contract commencement and completion dates, a brief description of the contract and the above Environmental and Social information.
- Letters of recommendation from previous Employers.
- RREA reserves the right to request the firm for verification of any submitted document/information.
- A firm can only use its own qualifications and experience and not of its parent, sister, or subsidiary companies or its employees. The firm's incorporation/trade/registration documents are issued by the concerned government authority of the country of the firm.
- The firm must not exceed 7 MB in submitting to expression of interests
Key Experts will not be evaluated at the shortlisting stage.
The RREA now invites eligible Firms with required technical and financial capacities to indicate their interest in providing the Services. Interested Firms must provide information indicating that
An Operator will be selected using the Quality and Cost-Based Selection (QCBS) method based on the World Bank’ Procurement Regulations, September 2023.
Further information and the detailed Terms of Reference (TOR) for the assignment can be obtained electronically at the following email addresses and Website, from Mondays to Fridays, from 0900 to 1600 hours GMT:
Email: [email protected],[email protected],[email protected],[email protected],[email protected] Website: www.rrealiberia.org
Expression of Interest clearly marked Services for the Operation, Maintenance and Customer Management of Lofa County Hybrid Mini Grid, must be delivered in a written form (in electronic/mail copy) to the address below, on or before 4:00 p.m. Local Time, on March 6, 2025.
- Attn: Samuel Bocay Nagbe Jr.
- Executive Director
- Rural and Renewable Energy Agency
- LEC Sub-station, Newport Street
- 1000 Monrovia 10, Liberia
- Email: samuelnrrealiberia.org
- Electronic submission should also be copied to the following addresses:
- [email protected]; [email protected]; [email protected],[email protected],[email protected]
Only shortlisted firm will be issued the Request for Proposals.
REQUEST FOR EXPRESSIONS OF INTEREST Operation, Maintenance and Customer Management of Lofa County Hybrid Mini Grid Reference No: RREA/LIRENAP/O&M-01 Issue Date: February 20, 2025 Closing Date: Mar...
SPECIFIC PROCUREMENT NOTICE
Locally Published Tender
Plan International Liberia (PIL) has been a recipient of The Global Fund (wwW.theglobalfund.org/en/) financing since 2012, with experience mainly in the Malaria and, in2021 became one of the Principal Recipients of the TB/HIV components. PIL has implemented activities largely in the following intervention areas;
Diagnostic Treatment and IPTp for Malaria
- Nationwide Long-Lasting Insecticidal Net (I-LIN) distribution
Support & Care for people at risk for HIV/AIDS
HIV response to key population
- Community TB in high burden areas
Over the years, PIL has managed over US$45 million in grant funds, implementing program activities mainly in Nimba, Margibi, Bomi, Lofa Bong, Grand Bassa, Maryland Sinoe, and Monsterrado. Also, as part of the I-LIN mass campaign, PIL has distributed LLlNs across all counties in Liberia.
Recently, PIL was awarded the Principal Recipient role for the GC7 HIV/TB grant, with a 3-year implementation period (1 January 2024 to 31 December 2026). The grant budget is approximately US$44 million and the grant contributes to national efforts for reducing the number of HIV/AIDS related deaths; to reduce mother-to-child transmission of HIV; to reduce the numbers of men who have sex with men and sex workers living with HIV; and to reduce the TB mortality and incidence rates and the prevalence of DRR-TB and/or MDR-TB prevalence among new patients.
As part of the grant requirement, Plan International Liberia is inviting sealed Bids from potential and qualified vendor' s/service providers for the procurement of printing Materials as listed in (ANNEX B).
Descri tion | Quanti | Comment | ||
1 | NACP | Printing Tools. | 1 Lot | Detail information is available in the Invitation to Tender |
Requirements include Valid Tax Clearance, Current Business Registration and Past Performance Record including names & contacts.
A detailed and complete set of the Bid Document can be obtained from Plan International Liberia Country Office located behind zone 3 Police Station, Congo Town — Monrovia.
All Bids must be placed in a sealed envelope and dropped into the tender box situated on the Ground Floor of
Plan International Liberia Country Office on or before March 7, 2025 @ 4:30 PM. Bids will be opened on March 10, 2025 at 11:30 AM in the presence of bidders' representatives who choose to attend. The opening will take place in the conference room of Plan-Liberia. All late bids will be rejected.
All bids should be clearly marked as indicated below:
Attention: Country Director
Plan International Liberia
Country Office, Congo Town,
Behind Zone 3 Police Station
Ref#: FY25/PL/GF/2025/ Printing of NACP/ARfLe
Country 1 ctor
Plan International Liberia
SPECIFIC PROCUREMENT NOTICE Locally Published Tender Plan International Liberia (PIL) has been a recipient of The Global Fund (wwW.theglobalfund.org/en/) financing since 2012, with experience mainly i...